Palm Beach County Department of Environmental Resources Management Construction Contract Bid Evaluation Summary

Size: px
Start display at page:

Download "Palm Beach County Department of Environmental Resources Management Construction Contract Bid Evaluation Summary"

Transcription

1

2 Construction Contract Bid Evaluation Summary I. Lowest responsive, responsible bidder: Eastman Aggregate Enterprises, LLC (Primary) and Rio Bak Corporation (Secondary) II. Bidders, ranked from lowest to highest: Bidder Evaluated Bid Amount SBE Participation Business Location 1. Eastman Aggregate Enterprises, LLC $ 4,262, % PBC 2. Rio Bak Corporation $ 4,568, % PBC 3. Arbor Tree and Land, Inc. $ 5,183, % PBC N/E = Not Evaluated III. Disqualified bidders: Bidder Reason 1. Arbor Tree and Land, Inc. Sand Sample failed PBC independent analysis IV. Alternate Bid Items used to determine Evaluated Bid Amount: All items were used. V. Did SBE Participation affect bid ranking? No. VI. Did Local Preference affect bid ranking? No. VII. Will Contract Award Amount differ from Evaluated Bid Amount? No. Rev. 11/2013

3 Construction Contract Bid Tabulation Contract Time: 12 months with optional extensions not to exceed 36 months Average of All Bids 11/13/2013 rev. BASE BID ITEMS (DUNE RESTORATION) (1st Year) UNIT UNIT COST TOTAL COST UNIT COST UNIT COST TOTAL COST 1 SUPPLY SAND 100,000 TON $ 9.45 $ 945, $ 9.84 $ 9.91 $ 991, TRANSPORT AND DELIVERY (FIRST TON MILE) 155,700 TON MILE , , TRANSPORT AND DELIVERY (ADDITIONAL TON MILE) SEE "A" BELOW TON MILE ,173, ,155, CONVEYING OF MATERIAL (INITIAL 300' WITH HOPPER/UNLOADER) 135,000 TON , , ADDITIONAL 100' OF CONVEYOR 10,000 TON , , BEACH PLACE AND GRADE (<1000' FROM ACCESS) 50,000 TON , , BEACH PLACE AND GRADE (1000' 2000' FROM ACCESS) 20,000 TON , , BEACH PLACE AND GRADE (>2000' FROM ACCESS) 5,000 TON , , SITE PREPARATION & RESTORATION 5 WORK ORDER 1, , , , , SUPPLY, DELIVERY AND INSTALLATION OF SOD 8,000 SY , , REPAIR/REPLACE IRRIGATION 200 LF SCARP MANAGEMENT 8,500 LF , , COMPACTION MANAGEMENT 5,000 SY DEBRIS REMOVAL 70 TON , , MAINTENANCE OF TRAFFIC 3 WORK ORDER 1, , , , , CERTIFIED SAND QUALITY TESTING 75 SAMPLING EVENT , , BASE BID ITEMS (WETLANDS AND SUBMERGED AQUATIC HABITAT RESTORATION) ERM Estimate Eastman Aggregates Enterprises LLC (1st Year) UNIT UNIT COST TOTAL COST UNIT COST UNIT COST TOTAL COST 17 EXCAVATION TO GRADE AND LOAD 80,500 CY (IN BANK) $ , $ 1.47 $ 1.65 $ 132, MATERIAL GRADING 25,000 CY (IN BANK) , , MATERIAL BROADCASTING 35,000 TON , , LOAD FOR OFFSITE TRANSPORT 10,000 TON , , WETLAND/TRANSPORT, PLACE AND GRADE (<500' FROM SOURCE) 55,000 TON , , WETLAND/TRANSPORT, PLACE AND GRADE (500' 1000' FROM SOURCE) 35,000 TON , , WETLAND/TRANSPORT, PLACE AND GRADE (>1000' FROM SOURCE) 10,000 TON , , SUPPLY/INSTALL FILTER FABRIC 150,000 SF , , SUPPLY/INSTALL BEDDING STONE 3,000 TON , , SUPPLY/INSTALL ARMOR STONE 8,300 TON , , SUPPLY/ FABRICATE/ INSTALL MARINE MATTRESS 200 SY , , INSTALL PRECAST CONCRETE MODULES 200 TON , , SUPPLY/INSTALL/MAINTAIN TURBIDITY CURTAIN 10,000 LF , , TURBIDITY MONITORING/REPORTING 450 DAY , , BASE BID $ 4,144, $ 4,178, This tabulation is not a recommendation for award. All bids are subject to compliance review and approval. Numbers in bold italic indicate a calculation correction. 1 of 4 Rev. 02/2012

4 Construction Contract Bid Tabulation Contract Time: 12 months with optional extensions not to exceed 36 months ERM Estimate Average of All Bids 11/13/2013 rev. Eastman Aggregates Enterprises LLC ALTERNATE BID ITEMS MISCELLANEOUS (1st Year) UNIT UNIT COST TOTAL COST UNIT COST UNIT COST TOTAL COST 1 DEWATERING 35 DAY $ 1, $ 35, $ $ $ 28, ADDITIONAL 100' DEWATERING PIPE 14 DAY , , HAUL ROAD CONSTRUCTION 1,000 LF , , HAUL ROAD REMOVAL 1,000 LF , , SUPPLY/INSTALL SILT FENCE 10,000 LF , , CUT AND FILL PRE/POST CONSTRUCTION SURVEY TEAM 4 WORK ORDER 1, , , , , PREMIUM FOR DAVIS BACON ACT (WAGE RATE) COMPLIANCE SEE BELOW % OF WORK ORDER 1.00% 21, % 0.00% ALTERNATE BID $ 101, $ 84, BASE BID + ALTERNATE BID $ 4,245, $ 4,262, CALCULATION FOR BASE BID ITEM 3 A DISTANCE FROM BIDDER'S SAND SOURCE TO PBC GOVERNMENT CENTER, 301 N. OLIVE AVENUE, WPB, FL MILES 73 MILES FOR BASE BID ITEM 3 = ((A 1 MILES) * 100,000 TONS) + (9 MILES * 55,700 TONS) 6,901, TON MILES 7,701, TON MILES CALCULATION FOR ALTERNATE BID ITEM 7 FOR ALTERNATE BID ITEM = GRASSY FLATS WORK ORDER COST BEFORE PREMIUM = (60,000 * Line Item #1) + (60,000 * Line Item #2) + (60,000 * (A 1) * Line Item #3) + (100,000 * Line Item #4) + (1 * Line Item #9) + (50 * Line Item #16) + (30,000 * Line Item #17) + (35,000 * Line Item #19) + (35,000 * Line Item #21) + (15,000 * Line Item #22) + (75,000 * Line Item #24) + (1,000 * Line Item #25) + (5,000 * Line Item #26) + (5,000 * Line Item #29) + (250 * Line Item #30) + (5,000 * Alt. Line Item #5) + (1 * Alt. Line Item #6) = $ 2,174, $ 2,337, This tabulation is not a recommendation for award. All bids are subject to compliance review and approval. Numbers in bold italic indicate a calculation correction. 2 of 4 Rev. 02/2012

5 Construction Contract Bid Tabulation Contract Time: 12 months with optional extensions not to exceed 36 months 11/13/2013 rev. Rio Bak Corporation Arbor Tree & Land, Inc. BASE BID ITEMS (DUNE RESTORATION) (1st Year) UNIT 1 SUPPLY SAND 100,000 TON 2 TRANSPORT AND DELIVERY (FIRST TON MILE) 155,700 TON MILE 3 TRANSPORT AND DELIVERY (ADDITIONAL TON MILE) SEE "A" BELOW TON MILE 4 CONVEYING OF MATERIAL (INITIAL 300' WITH HOPPER/UNLOADER) 135,000 TON 5 ADDITIONAL 100' OF CONVEYOR 10,000 TON 6 BEACH PLACE AND GRADE (<1000' FROM ACCESS) 50,000 TON 7 BEACH PLACE AND GRADE (1000' 2000' FROM ACCESS) 20,000 TON 8 BEACH PLACE AND GRADE (>2000' FROM ACCESS) 5,000 TON 9 SITE PREPARATION & RESTORATION 5 WORK ORDER 10 SUPPLY, DELIVERY AND INSTALLATION OF SOD 8,000 SY 11 REPAIR/REPLACE IRRIGATION 200 LF 12 SCARP MANAGEMENT 8,500 LF 13 COMPACTION MANAGEMENT 5,000 SY 14 DEBRIS REMOVAL 70 TON 15 MAINTENANCE OF TRAFFIC 3 WORK ORDER 16 CERTIFIED SAND QUALITY TESTING 75 SAMPLING EVENT BASE BID ITEMS (WETLANDS AND SUBMERGED AQUATIC HABITAT RESTORATION) (1st Year) UNIT 17 EXCAVATION TO GRADE AND LOAD 80,500 CY (IN BANK) 18 MATERIAL GRADING 25,000 CY (IN BANK) 19 MATERIAL BROADCASTING 35,000 TON 20 LOAD FOR OFFSITE TRANSPORT 10,000 TON 21 WETLAND/TRANSPORT, PLACE AND GRADE (<500' FROM SOURCE) 55,000 TON 22 WETLAND/TRANSPORT, PLACE AND GRADE (500' 1000' FROM SOURCE) 35,000 TON 23 WETLAND/TRANSPORT, PLACE AND GRADE (>1000' FROM SOURCE) 10,000 TON 24 SUPPLY/INSTALL FILTER FABRIC 150,000 SF 25 SUPPLY/INSTALL BEDDING STONE 3,000 TON 26 SUPPLY/INSTALL ARMOR STONE 8,300 TON 27 SUPPLY/ FABRICATE/ INSTALL MARINE MATTRESS 200 SY 28 INSTALL PRECAST CONCRETE MODULES 200 TON 29 SUPPLY/INSTALL/MAINTAIN TURBIDITY CURTAIN 10,000 LF 30 TURBIDITY MONITORING/REPORTING 450 DAY BASE BID UNIT COST TOTAL COST UNIT COST TOTAL COST $ 9.10 $ 910, $ $ 1,050, , , ,140, ,275, , , , , , , , , , , , , , , , , , , , , , , , , , , , , , UNIT COST TOTAL COST UNIT COST TOTAL COST $ 1.52 $ 122, $ 1.25 $ 100, , , , , , , , , , , , , , , , , , , , , , , , , , , $ 4,469, $ 5,078, This tabulation is not a recommendation for award. All bids are subject to compliance review and approval. Numbers in bold italic indicate a calculation correction. 3 of 4 Rev. 02/2012

6 Construction Contract Bid Tabulation Contract Time: 12 months with optional extensions not to exceed 36 months 11/13/2013 rev. Rio Bak Corporation Arbor Tree & Land, Inc. ALTERNATE BID ITEMS MISCELLANEOUS (1st Year) UNIT 1 DEWATERING 35 DAY 2 ADDITIONAL 100' DEWATERING PIPE 14 DAY 3 HAUL ROAD CONSTRUCTION 1,000 LF 4 HAUL ROAD REMOVAL 1,000 LF 5 SUPPLY/INSTALL SILT FENCE 10,000 LF 6 CUT AND FILL PRE/POST CONSTRUCTION SURVEY TEAM 4 WORK ORDER 7 PREMIUM FOR DAVIS BACON ACT (WAGE RATE) COMPLIANCE SEE BELOW % OF WORK ORDER ALTERNATE BID BASE BID + ALTERNATE BID UNIT COST TOTAL COST UNIT COST TOTAL COST $ $ 22, $ $ 24, , , , , , , , , , , , , % 1.00% 28, $ 98, $ 105, $ 4,568, $ 5,183, CALCULATION FOR BASE BID ITEM 3 A DISTANCE FROM BIDDER'S SAND SOURCE TO PBC GOVERNMENT CENTER, 301 N. OLIVE AVENUE, WPB, FL FOR BASE BID ITEM 3 = ((A 1 MILES) * 100,000 TONS) + (9 MILES * 55,700 TONS) 72 MILES 71 MILES 7,601, TON MILES 7,501, TON MILES CALCULATION FOR ALTERNATE BID ITEM 7 FOR ALTERNATE BID ITEM = GRASSY FLATS WORK ORDER COST BEFORE PREMIUM = (60,000 * Line Item #1) + (60,000 * Line Item #2) + (60,000 * (A 1) * Line Item #3) + (100,000 * Line Item #4) + (1 * Line Item #9) + (50 * Line Item #16) + (30,000 * Line Item #17) + (35,000 * Line Item #19) + (35,000 * Line Item #21) + (15,000 * Line Item #22) + (75,000 * Line Item #24) + (1,000 * Line Item #25) + (5,000 * Line Item #26) + (5,000 * Line Item #29) + (250 * Line Item #30) + (5,000 * Alt. Line Item #5) + (1 * Alt. Line Item #6) = $ 2,337, $ 2,850, This tabulation is not a recommendation for award. All bids are subject to compliance review and approval. Numbers in bold italic indicate a calculation correction. 4 of 4 Rev. 02/2012

7

8

S T A T E O F M I N N E S O T A D E P A R T M E N T O F T R A N S P O R T A T I O N DATE : 02/26/00 PAGE : 1 TABULATION OF BIDS

S T A T E O F M I N N E S O T A D E P A R T M E N T O F T R A N S P O R T A T I O N DATE : 02/26/00 PAGE : 1 TABULATION OF BIDS PAGE : 1 CONTRACT DESCRIPTION : LEFT & RIGHT TURN LANES AND FLASHING BEACON SYSTEM CONTRACT LOCATION: LOCATED ON TH 7 FROM 327 M WEST OF JCT TH 25 TO 445 M EAST OF JCT TH 25 RECOMMENDATION: AWARD TO LOW

More information

S T A T E O F M I N N E S O T A D E P A R T M E N T O F T R A N S P O R T A T I O N DATE : 05/01/00 PAGE : 1 TABULATION OF BIDS

S T A T E O F M I N N E S O T A D E P A R T M E N T O F T R A N S P O R T A T I O N DATE : 05/01/00 PAGE : 1 TABULATION OF BIDS PAGE : 1 CONTRACT DESCRIPTION : MILL & OVERLAY, GRADING, BIT SURFACING, BR NO 02038 ETC CONTRACT LOCATION: LOCATED ON TH 47 FROM 153RD AVE NW IN RAMSEY TO 180TH LANE NW AND AT FORD BROOK IN BURNS TOWNSHIP

More information

STATE OF MINNESOTA DEPARTMENT OF TRANSPORTATION - TABULATION OF BIDS. Start Dt: 05/08/17 Comp. Dt:

STATE OF MINNESOTA DEPARTMENT OF TRANSPORTATION - TABULATION OF BIDS. Start Dt: 05/08/17 Comp. Dt: Letting: 17012700 Letting Dt: January 27, 2017 9:30 A.M. State Proj.: 4308-34 Contract ID: Contract Description: Contract Location: Recommendation: 170004 STATE OF MINNESOTA DEPARTMENT OF TRANSPORTATION

More information

BID FORM PART A. Total Quantity 1 LS $ - 2a Surveying, Layout, and Field Staking 1 LS $ - 2b Maintenance of Traffic 1 LS $ -

BID FORM PART A. Total Quantity 1 LS $ - 2a Surveying, Layout, and Field Staking 1 LS $ - 2b Maintenance of Traffic 1 LS $ - BID FORM PART A Name & Category Unit Unit Cost (B) Cost (AxB) GENERAL REQUIREMENTS 1 Mobilization (Maximum 3.0% of the total Contract Price) 1 LS $ - 2a Surveying, Layout, and Field Staking 1 LS $ - 2b

More information

Patton Hill Road (Four Inch Main), Project No

Patton Hill Road (Four Inch Main), Project No Patton Hill Road (Four Inch Main), Project No. 2016100 MP-5.01 MOBILIZATION (3% MAX) 1 LS MP-5.02.8(d) 8" DIP (CLASS 350) ALL DEPTHS 600 LF MP-5.02.6(p) 6" PVC ALL DEPTHS, INCLUDING BEDDING 10 LF MP-5.02.4(p)

More information

Riverside County Flood Control & Water Conservation District 1995 Market St. Riverside, CA Phone: Fax:

Riverside County Flood Control & Water Conservation District 1995 Market St. Riverside, CA Phone: Fax: Bid Abstract Riverside County Flood Control & Water Conservation District 1995 Market St. Riverside, CA 92501 Phone: 951.955.1200 Fax: 951.788.9965 Project Name: PALM CANYON WASH LEVEE REHABILITATION &

More information

THORNTON ROAD WIDENING PROJECT NO. PW1428 B I D D I N G S C H E D U L E

THORNTON ROAD WIDENING PROJECT NO. PW1428 B I D D I N G S C H E D U L E THORNTON ROAD WIDENING PROJECT NO. PW1428 B I D D I N G S C H E D U L E Each bidder shall bid each item of the Base Bid Schedule and Alternate A Bid Schedule. Failure to bid an item shall be just cause

More information

ADDENDUM #2 WATERSHED IMPROVEMENTS ON AN ANNUAL CONTRACT RP031-18

ADDENDUM #2 WATERSHED IMPROVEMENTS ON AN ANNUAL CONTRACT RP031-18 November 29, 2018 ADDENDUM 2 WATERSHED IMPROVEMENTS ON AN ANNUAL CONTRACT RP031-18 Q1. Do contractors not need to be on the Watershed Improvements Pre-Qualifications List to submit on the RP031-18 Watershed

More information

(1 ) Active Construction Inc River Road East Tacoma, WA AMOUNT , , ,

(1 ) Active Construction Inc River Road East Tacoma, WA AMOUNT , , , 78th Avenue Eastl184th Street EastlCRP 5661 I hereby certify this to be a true copy of the tabulation of the bids as received and opened. BID OPENING: FRIDAY, March 3, 2017 County Engine (1 ) Active Construction

More information

ALABAMA DEPARTMENT OF TRANSPORTATION DATE : 06/14/13 PAGE : VENDOR RANKING

ALABAMA DEPARTMENT OF TRANSPORTATION DATE : 06/14/13 PAGE : VENDOR RANKING PAGE : 001-1 VENDOR RANKING CONTRACT TIME : 09/01/13 COMPLETION DATE CONTRACT DESCRIPTION : PROJECT(S) : IM-I059(370) for constructing the Ramp Widening and Auxiliary Lane (Grade, Drain, Base, Pave and

More information

CITY AND COUNTY OF DENVER DEPARTMENT OF PUBLIC WORKS Engineering Division PROJECT NO INCA STREET MULTI-USE PATH 38 TH AVE. TO 43 RD AVE.

CITY AND COUNTY OF DENVER DEPARTMENT OF PUBLIC WORKS Engineering Division PROJECT NO INCA STREET MULTI-USE PATH 38 TH AVE. TO 43 RD AVE. 201-00000 Clearing and Grubbing 1 LS 202-00010 Removal of Tree 9 EA 202-00019 Removal of Inlet 8 EA 202-00034 Removal of Pipe (6 Inch) 196 LF 202-00035 Removal of Pipe (18 Inch) 10 LF 202-00036 Removal

More information

BIDDER'S PROPOSAL (continued) CITY OF BERKELEY BID PROPOSAL ITEM NO. A: BASE BID

BIDDER'S PROPOSAL (continued) CITY OF BERKELEY BID PROPOSAL ITEM NO. A: BASE BID SPECIFICATION 16-11031-C CITY OF BERKELEY BID PROPOSAL A: BASE BID 1 MOBILIZATION 1 LS 2 TRAFFIC CONTROL 1 LS 3 CONTRACTOR INFORMATION SIGN 2 EA 4 CONSTRUCTION AREA SIGN 18 EA 5 PROJECT IDENTIFICATION

More information

McCRORY & WILLIAMS, INC. HILLCREST ROAD CONNECTOR MCR ROADWAY ITEMS

McCRORY & WILLIAMS, INC. HILLCREST ROAD CONNECTOR MCR ROADWAY ITEMS BID TABULATION Hillcrest Road Connector John G. Walton Construction M. C. Williams Contracting Hosea. Weaver & Sons, Inc. BID OPENING: March 25, 29 Company, Inc. Company, Inc. QTY DESCRIPTION DOLLARSjCTS

More information

Austin Constructors, LLC S FM N. Richey 9810 FM 969. Pasadena, TX Austin, TX 78724

Austin Constructors, LLC S FM N. Richey 9810 FM 969. Pasadena, TX Austin, TX 78724 National Power Rodding Corp. 9810 FM 969 Austin, TX 78724 Austin Constructors, LLC. 7907 S FM 973 Item No. Estimate Qty Unit of Issue Description Unit Price Total Unit Price Total Unit Price 103.1 125.00

More information

STATE OF MINNESOTA DEPARTMENT OF TRANSPORTATION - TABULATION OF BIDS. Start Dt: 05/15/17 Comp. Dt: 08/04/17. Contract Time: Min: Max:

STATE OF MINNESOTA DEPARTMENT OF TRANSPORTATION - TABULATION OF BIDS. Start Dt: 05/15/17 Comp. Dt: 08/04/17. Contract Time: Min: Max: Letting: 17012700 Letting Dt: January 27, 2017 9:30 A.M. State Proj.: 1401-171 Contract ID: Contract Description: Contract Location: Recommendation: 170002 STATE OF MINNESOTA DEPARTMENT OF TRANSPORTATION

More information

S T A T E O F M I N N E S O T A D E P A R T M E N T O F T R A N S P O R T A T I O N DATE : 02/27/06 PAGE : 1 TABULATION OF BIDS

S T A T E O F M I N N E S O T A D E P A R T M E N T O F T R A N S P O R T A T I O N DATE : 02/27/06 PAGE : 1 TABULATION OF BIDS PAGE : 1 NUMBER OF DAYS: 63 BRIDGE COUNT : 9 CONTRACT DESCRIPTION : BITUMINOUS OVERLAY & BRIDGE APPROACH PANEL REPLACEMENT CONTRACT LOCATION: LOCATED ON TH 90 FROM 0.8 MILE WEST OF THE BLUE EARTH RIVER

More information

County of Los Angeles Department of Public Works BID SUMMARY

County of Los Angeles Department of Public Works BID SUMMARY PROJECT NAME 3RD STREET - INDIANA STREET TO RECORD AVENUE PROJECT ID RDC0015034 Engineer's Estimate (1) Sully-Miller Contracting Company (2) TORO ENTERPRISES, INC. (3) Sequel Contractors, Inc. (4) All

More information

CITY OF ALAMO HEIGHTS WATER, STREET AND SIDEWALK CAPITAL IMPROVEMENT PROJECTS

CITY OF ALAMO HEIGHTS WATER, STREET AND SIDEWALK CAPITAL IMPROVEMENT PROJECTS CITY OF ALAMO HEIGHTS WATER, STREET AND SIDEWALK CAPITAL IMPROVEMENT PROJECTS CITY OF SAN ANTONIO DEPT. OF CAPITAL IMPROVEMENTS MANAGEMENT SERVICES N. NEW BRAUNFELS AVE. SIDEWALK PROJECT FROM RITTIMAN

More information

County of Los Angeles Department of Public Works BID SUMMARY

County of Los Angeles Department of Public Works BID SUMMARY PROJECT NAME CENTRAL AVENUE, ET AL. PROJECT ID RDC0013675 Engineer's Estimate (1) All American Asphalt (2) Sequel Contractors, Inc. (3) Sully-Miller Contracting Company (4) Palp, Inc. 5,177,177.00 5,292,979.00

More information

HILLS MATERIALS COMPANY UNIT COST TOTAL COST UNIT COST TOTAL COST UNIT COST $294, $294, $74, $74, $35, $35,000.

HILLS MATERIALS COMPANY UNIT COST TOTAL COST UNIT COST TOTAL COST UNIT COST $294, $294, $74, $74, $35, $35,000. PROJECT NAME: Anamosa Street Reconstruction - Midway Street to Miiwuakee Street PROJECT NUMBER: PROJECT NO. 07-1473 / CIP NO. 50559 LET DATE: April 11, 2017 LOW BID AMOUNT: $3,941,397.20 ENGINEER'S ESTIMATE

More information

County of Los Angeles Department of Public Works BID SUMMARY

County of Los Angeles Department of Public Works BID SUMMARY (1) McKenna General Engineering, (2) Zusser Company, (3) Palp, (4) C. W. Crosser Construction, 1,155,777.00 1,306,820.00 1,439,957.00 1,461,985.00 1 IMPLEMENTATION OF THE SWP 1 15,000.00 LS 15,000.00 2

More information

Maine Turnpike Authority

Maine Turnpike Authority Company Name Total Bid Amount CPM Constructors - Freeport, ME $1,309,765.25 Scott Construction Corporation - Portland, ME $1,528,840.00 Wyman & Simpson Inc. - Richmond, ME $1,674,845.00 Page 1 of 10 CPM

More information

McCRORY & WILIJAMS, INC. PROJECT NO. MCR-2008-OO1

McCRORY & WILIJAMS, INC. PROJECT NO. MCR-2008-OO1 McCRORY & WILIJAMS, INC. THEODORE DAWES ROADISCHILLINGER ROAD SOUTH BID TABULATION: Theodore DaweslSchillingor Road PROJECT NO.: M5700-2033 BIDDER #1 BIDDER #2 BIDDER #3 Hosea 0. Weaver & Sons, Inc. John

More information

BID TABULATION PAGE 1 OF 4. BL S.R. Harbins Road/Alcovy Road - Intersection Improvements Department of Transporation. CMES, Inc.

BID TABULATION PAGE 1 OF 4. BL S.R. Harbins Road/Alcovy Road - Intersection Improvements Department of Transporation. CMES, Inc. BID TABULATION PAGE 1 OF 4 E.R. Snell Contractor, Inc. G.P.'s Enterprises, Inc. Est. 1 005 Traffic Control Project No M-0679 1 LS $27,811.00 $27,811.00 $48,800.00 $48,800.00 $22,021.80 $22,021.80 2 010

More information

Riverside County Transportation Department Summary of Bids

Riverside County Transportation Department Summary of Bids 1 COUNTY'S ESTIMATE R-JS General Construction Riverside, CA 92509 ITEM NO. ITEM CODE CONTRACT ITEM UNITS QUANTITY UNIT PRICE ENG ESTIMATE BID UNIT PRICE BID ESTIMATE 1 066102 DUST ABATEMENT LS 1 3,000.00

More information

CITY AND COUNTY OF DENVER DEPARTMENT OF PUBLIC WORKS STATEMENT OF QUANTITIES. Item No. Description Estimated Quantity

CITY AND COUNTY OF DENVER DEPARTMENT OF PUBLIC WORKS STATEMENT OF QUANTITIES. Item No. Description Estimated Quantity 202-00001 Removal of Structure 24 EA 202-00019 Removal of Inlet 24 EA 202-00195 Removal of Median cover 930 SY 202-00200 Removal of Sidewalk 1,188 SY 202-00201 Removal of Curb Head 273 LF 202-00203 Removal

More information

2150 F&I 4" PVC pipe LF 100 $ F&I 6" PVC pipe LF 100 $ F&I 8" PVC pipe LF 100 $ 90.00

2150 F&I 4 PVC pipe LF 100 $ F&I 6 PVC pipe LF 100 $ F&I 8 PVC pipe LF 100 $ 90.00 1 of 5 2100 F&I 4" ductile iron pipe LF 200 $ 143.00 $28,600.00 2102 F&I 6" ductile iron pipe LF 200 $ 135.00 $27,000.00 2104 F&I 8" ductile iron pipe LF 200 $ 141.00 $28,200.00 2105 F&I 10" ductile iron

More information

A. East Central Estuarine Restoration Team (ECERT) Jeff Beal, FWC. B. Habitat and Monitoring Project Updates PBC

A. East Central Estuarine Restoration Team (ECERT) Jeff Beal, FWC. B. Habitat and Monitoring Project Updates PBC Lake Worth Lagoon Initiative Habitat Working Group August 24, 2017 9:30 AM 11:30 AM Palm Beach County Environmental Resources Management 2300 North Jog Road 1 st Floor Vista Center 1E-60 West Palm Beach,

More information

Ohio Department of Transportation Official Bid Tabulation Jerry Wray, Director

Ohio Department of Transportation Official Bid Tabulation Jerry Wray, Director Ohio Department of Transportation Official Bid Tabulation Jerry Wray, Director Project No. 180573 PID 93496 FRA-IR 71-01.53 Federal Type: BRIDGE REPLACEMENT (2 BRIDGES) Letting Date: 12/20/2018 Completion

More information

City of Grand Island Tuesday, February 13, 2018 Council Session

City of Grand Island Tuesday, February 13, 2018 Council Session City of Grand Island Tuesday, February 13, 2018 Council Session Item G-7 #2018-34 - Approving Certificate of Final Completion for the Construction of North Interceptor Phase I; Project No. 2012-S-6 Staff

More information

2, total unit $ total unit $ total unit $ total $

2, total unit $ total unit $ total unit $ total $ BD TABULATON Bid No. : 697 North Bay Trail-1st Street North Project No. 0901-212 Engineering &Capital mprovements Department, City of 1. Petersburg, Florida Bid date: February 26,2010 ",,>,',-, t~..4":;

More information

STATE OF MINNESOTA DEPARTMENT OF TRANSPORTATION - TABULATION OF BIDS. District(s): 8 30=047 Start Dt: 05/01/17 Comp. Dt:

STATE OF MINNESOTA DEPARTMENT OF TRANSPORTATION - TABULATION OF BIDS. District(s): 8 30=047 Start Dt: 05/01/17 Comp. Dt: Letting: 17030200 Letting Dt: March 02, 2017 9:30 A.M. State Proj.: 5101-14 Contract ID: Contract Description: Contract Location: Recommendation: 170020 STATE OF MINNESOTA DEPARTMENT OF TRANSPORTATION

More information

Bid Summary Still Creek Wastewater Improvements Phase III City Job No. 411-D November 21, 2013

Bid Summary Still Creek Wastewater Improvements Phase III City Job No. 411-D November 21, 2013 Bid Summary Still Creek Wastewater Improvements Phase III City Job No. 411-D4-1102 November 21, 2013 Doughtie Construction Co., Elliott Construction Dudley Construction Ltd. SUBTOTAL GENERAL ITEMS : $191,713.00

More information

Roadway. Sub Total 570, , , , , I. Correction ofbidders ExtensionsfTotal

Roadway. Sub Total 570, , , , , I. Correction ofbidders ExtensionsfTotal BD TABULATON Bid : 7026 City Wide Curb Replacement Project : 10040-110 Engineering & Capital mprovements Department, City of St. Petersburg, Florida Bid date: July 27, 2010 tem Description Quantity Engineer's

More information

DELETE first sentence of first paragraph that reads: REPLACE with the following:

DELETE first sentence of first paragraph that reads: REPLACE with the following: To Bidder of Record: SAN ANTONIO WATER SYSTEM Addendum 2 To Construction Documents For 2012 WATER & SEWER CONSTRUCTION CONTRACT, PACKAGE I SAWS WATER JOB NO. 12-5001 SAWS SEWER JOB NO. 12-5501 Solicitation

More information

Ohio Department of Transportation Official Bid Tabulation James G. Beasley, P.E., P.S., Director

Ohio Department of Transportation Official Bid Tabulation James G. Beasley, P.E., P.S., Director Ohio Department of Transportation Official Bid Tabulation James G. Beasley, P.E., P.S., Director Project No. 080598 PID 21272 CUY-SR-237-4.93 - PART I (FRONT STREET); CUY-237-4.55 - P Federal Type: RAILROAD

More information

Maine Turnpike Authority

Maine Turnpike Authority Company Name Total Bid Amount Shaw Brothers Construction, Inc. - Gorham, ME $659,771.50 R J Grondin & Sons - Gorham, ME $690,828.50 Gendron & Gendron - Lewiston, ME $753,187.00 Gordon Contracting - Sangerville,

More information

Steese Rd - Curb & Sidewalk Improvement

Steese Rd - Curb & Sidewalk Improvement REF. NO. ITEM NO. Steese Rd - Curb & Sidewalk Improvement DESCRIPTION QTY UNITS UNIT COST SUB-TOTAL 1 103.05 Requirement of Contract Bid 1 LS 24,048.00 24,048.00 2 201 Clearing and Grubbing 1 LS 11,077.00

More information

Kermon Environmental Services, Inc. (OC) TOTAL POINTS. D&J Enterprises, Inc. (OS) CrowderGulf, LLC (OS)

Kermon Environmental Services, Inc. (OC) TOTAL POINTS. D&J Enterprises, Inc. (OS) CrowderGulf, LLC (OS) SCORE TABULATION Page 1 of 1 Disaster Debris Removal, Reduction, Disposal and Other Emergency Debris Related Ameri-Green Environmental Bergeron Emergency Services, Inc. D&J Enterprises, Inc. DRC Emergency

More information

CONTRACTOR'S ESTIMATE PACKAGE REPORT DATE: 07/11/18 HIGHWAY: FM 3151 COUNTY: 12/02/2015 ESTIMATE PAID: AWARD DATE: 12/17/2015 ESTIMATE PERIOD:

CONTRACTOR'S ESTIMATE PACKAGE REPORT DATE: 07/11/18 HIGHWAY: FM 3151 COUNTY: 12/02/2015 ESTIMATE PAID: AWARD DATE: 12/17/2015 ESTIMATE PERIOD: CONTRACTOR'S ESTIMATE PACKAGE REPORT DATE: 07/11/18 131 CONTRACT ID: 187503022 PROJECT: C 1875-3-22 CONTRACT: 12153043 AWARD : $3,146,993.47 PROJECTED : $3,149,993.47 ADJ. PROJECTED : $3,149,993.47 CONTRACT:

More information

Ohio Department of Transportation Official Bid Tabulation Jolene M. Molitoris, Director

Ohio Department of Transportation Official Bid Tabulation Jolene M. Molitoris, Director Ohio Department of Transportation Official Bid Tabulation Jolene M. Molitoris, Director Project No. 100281 PID 77255 LUC-IR-475-14.18 Federal Type: MAJOR RECONSTRUCTION Letting Date: 6/3/2010 Completion

More information

CUYAHOGA COUNTY, OHIO ADDENDUM NUMBER 2 FOR THE CLEANING AND TELEVISING OF SEWERS IN VARIOUS COMMUNITIES FOR A TWO-YEAR PERIOD,

CUYAHOGA COUNTY, OHIO ADDENDUM NUMBER 2 FOR THE CLEANING AND TELEVISING OF SEWERS IN VARIOUS COMMUNITIES FOR A TWO-YEAR PERIOD, CUYAHOGA COUNTY, OHIO ADDENDUM NUMBER 2 FOR THE CLEANING AND TELEVISING OF SEWERS IN VARIOUS COMMUNITIES FOR A TWO-YEAR PERIOD, 2017-2018 FOR THE CUYAHOGA COUNTY DEPARTMENT OF PUBLIC WORKS RQ# 39104 BIDS

More information

CITY AND COUNTY OF DENVER DEPARTMENT OF PUBLIC WORKS STATEMENT OF QUANTITIES. Item No. Description Estimated Quantity

CITY AND COUNTY OF DENVER DEPARTMENT OF PUBLIC WORKS STATEMENT OF QUANTITIES. Item No. Description Estimated Quantity 202-00019 Removal of Inlet 15 EA 202-00035 Removal of Pipe 121 LF 202-00200 Removal of Sidewalk 1,057 SY 202-00203 Removal of Curb and Gutter 2,142 LF 202-00206 Removal of Concrete Curb Ramp 320 SY 202-00207

More information

CONTRACTOR'S REQUEST FOR PAYMENT CHASKA VETERANS PARK IMPROVEMENTS STANTEC PROJECT NO

CONTRACTOR'S REQUEST FOR PAYMENT CHASKA VETERANS PARK IMPROVEMENTS STANTEC PROJECT NO Owner: City of Chaska, 1 City Hall Plz., Chaska, mn 55318 Date: December 12, 2017 For Period: 12/1/2017 to 1/31/2018 Request No: 1 Contractor: Blackstone Contractors, LLC, 9520 County Rd. 19, Ste. D, Loretto,

More information

4 FEET HIGH CHAIN LINK FENCE AND GATE. TO INCLUDE TOP RAIL AND ALL OTHER HARDWARE, POSTS, ETC. NOT INCLUDED BELOW.

4 FEET HIGH CHAIN LINK FENCE AND GATE. TO INCLUDE TOP RAIL AND ALL OTHER HARDWARE, POSTS, ETC. NOT INCLUDED BELOW. 4 FEET HIGH CHAIN LINK FENCE AND GATE. TO INCLUDE TOP RAIL AND ALL OTHER HARDWARE, POSTS, ETC. NOT INCLUDED SIGNED BID / SIGNED ADDENDUM Yes / Yes Yes / Yes Yes / Yes YEARS EXPERIENCE 25 Years 24 Years,

More information

STREET IMPROVEMENTS PROPOSAL BID ITEMS

STREET IMPROVEMENTS PROPOSAL BID ITEMS STREET IMPROVEMENTS 1 Excavation 3,525 CY $ $ 2 A.C. Planing (2" to 4" Depth) 20,586 SY $ $ 3 Furnish & Install Asphalt Concrete 4,270 TON $ $ 4 Furnish & Install Aggregate Base 2,955 TON $ $ 5 Remove

More information

BID PROPOSAL. Item Description Unit Quantity Unit Price Total Price No. (Unit Price to be written in Words) (Figures) (Figures)

BID PROPOSAL. Item Description Unit Quantity Unit Price Total Price No. (Unit Price to be written in Words) (Figures) (Figures) BID PROPOSAL PROPOSAL OF, a corporation a partnership consisting of an individual doing business as THE SAN ANTONIO WATER SYSTEM: Pursuant to Instructions and Invitations to Bidders, the undersigned proposes

More information

Town of Medley Office of Capital Projects & Development Services 7777 NW 72 Avenue, Medley, Florida 33166

Town of Medley Office of Capital Projects & Development Services 7777 NW 72 Avenue, Medley, Florida 33166 Town of Medley Office of Capital Projects & Development Services 7777 NW 72 Avenue, Medley, Florida 33166 Date: August 10, 2016 Subject: Bid for Construction of NW 89 th Avenue, NW 93 rd Street and NW

More information

ARIZONA DEPARTMENT OF TRANSPORTATION INFRASTRUCTURE DELIVERY AND OPERATIONS DIVISION CONTRACTS AND SPECIFICATIONS SECTION TABULATION OF BIDS

ARIZONA DEPARTMENT OF TRANSPORTATION INFRASTRUCTURE DELIVERY AND OPERATIONS DIVISION CONTRACTS AND SPECIFICATIONS SECTION TABULATION OF BIDS ARIZONA DEPARTMENT OF TRANSPORTATION INFRASTRUCTURE DELIVERY AND OPERATIONS DIVISION CONTRACTS AND SPECIFICATIONS SECTION TABULATION OF BIDS CONTRACT # 2016153 TRACS No. Project No. County District Gross

More information

OTTAWA COUNTY ROAD COMMISSION Bid Comparison

OTTAWA COUNTY ROAD COMMISSION Bid Comparison OTTAWA COUNTY ROAD COMMISSION Bid Comparison Contract ID: Description: Location: Projects(s): 28th & Mason Reconstruct with pavement 28th Ave. and Mason St between Adams St. and 32nd Ave. Jamestown Township

More information

CONTRACTOR'S ESTIMATE PACKAGE REPORT DATE: 01/09/19 HIGHWAY: 02/10/2016 ESTIMATE PAID: AWARD DATE: 02/25/2016 ESTIMATE PERIOD:

CONTRACTOR'S ESTIMATE PACKAGE REPORT DATE: 01/09/19 HIGHWAY: 02/10/2016 ESTIMATE PAID: AWARD DATE: 02/25/2016 ESTIMATE PERIOD: 47,635.79 CONTRACTOR'S ESTIMATE PACKAGE REPORT DATE: 01/09/19 161 3 CONTRACT ID: 092106270 PROJECT: STP 2014(101)TE CONTRACT: 02163244 AWARD : $899,908.10 PROJECTED : $905,908.10 ADJ. PROJECTED : $953,543.89

More information

BID TALLY AND ATTENDANCE SHEET BID #B BID TITLE: Replacement of Bridge No. LR over the Larimer and Weld Canal

BID TALLY AND ATTENDANCE SHEET BID #B BID TITLE: Replacement of Bridge No. LR over the Larimer and Weld Canal VENDOR BID TALLY AND ATTENDANCE SHEET BID #B15-21 BID TITLE: Replacement of Bridge LR50-0.2-17 over the Larimer and Weld Canal Addendum #1 Acknowled ged DATE: October 22, 2015 TIME: 2:00 p.m. DEPARTMENT:

More information

SUBTOTAL SITE WORK & DEMOLITION (UTILITIES) $180, $348, $319,943.71

SUBTOTAL SITE WORK & DEMOLITION (UTILITIES) $180, $348, $319,943.71 BASE BID 1.00 GENERAL CONDITIONS 1.01 Mobilization (Maximum 5% of Base Bid) LS 1 84,000.00 $ 84,000.00 100,000.00 $ 100,000.00 85,000.00 $ 85,000.00 1.02 Bonding, Insurance, Permits (including Plumbing,

More information

BISCAYNE POINT ROW IMPROVEMENTS

BISCAYNE POINT ROW IMPROVEMENTS NEIGHBORHOOD & PROJECT NAME FUNDING SOURCE NO. 1 BISCAYNE POINT NEIGHBORHOOD BISCAYNE POINT ROW IMPROVEMENTS BISCAYNE POINT AREA STREETSCAPE G.O. BONDS IMPROVEMENTS WATER & SEWER BISCAYNE POINT WATER LINE

More information

Wentzville Parkway South Phase 2 & 2A

Wentzville Parkway South Phase 2 & 2A Wentzville Parkway South Phase 2 & 2A Sponsor Wentzville Project No. RB18-000034 Project Type New Road TOTAL FUNDING Phase 2 Total County Sponsor Federal $10,000,000 $8,000,000 $2,000,000 $0 Phase 2A Total

More information

DESCRIPTION QUANTITY PRICE TOTAL

DESCRIPTION QUANTITY PRICE TOTAL GENERAL 1 TRAFFIC CONTROL LS 1 $40,000 $40,000 $8,500.00 $8,500.00 $5,000.00 $5,000.00 $5,000.00 $5,000.00 $15,000.00 $15,000.00 2 MOBILIZATION LS 1 $557,000 $557,000 $629,500.00 $629,500.00 $350,000.00

More information

Exhibit 1 Page 1 of 8

Exhibit 1 Page 1 of 8 Page 1 of 8 Opened: 10/11/17 Agency: Enterprise Technology Services Responses: 3 Purchasing Agent: Randy Plunkett Declinations: 0 SUMMARY Tabulation of Bids Services Ste. 11 & 26 and Consulting Item Commodity

More information

CITY OF DIXON, CALIFORNIA CITY ENGINEER / PUBLIC WORKS DEPARTMENT, WASTEWATER DIVISION SOLANO COUNTY, CALIFORNIA BID SPECIFICATIONS

CITY OF DIXON, CALIFORNIA CITY ENGINEER / PUBLIC WORKS DEPARTMENT, WASTEWATER DIVISION SOLANO COUNTY, CALIFORNIA BID SPECIFICATIONS CITY OF DIXON, CALIFORNIA CITY ENGINEER / PUBLIC WORKS DEPARTMENT, WASTEWATER DIVISION SOLANO COUNTY, CALIFORNIA BID SPECIFICATIONS FOR THE PURCHASE OF ONE (1) NEW 2016 FORD C-MAX SEL ENERGI-BASE MODEL

More information

Appendix C Capital Improvement Program Project Descriptions and Details

Appendix C Capital Improvement Program Project Descriptions and Details Appendix C Capital Improvement Program Project Descriptions and Details GIG HARBOR WW COMP PLAN DRAFT CAPITAL IMPROVEMENT PROGRAM LIFT STATION COST ESTIMATE Lift Station 1 Item Qty Units Unit Cost Extended

More information

Project Book Worksheet for Cost Estimation

Project Book Worksheet for Cost Estimation 001.01 MOBILIZATION LS $34,716.18 007 3/17/2039 001.02 INCIDENTAL LS $23,929.43 019 3/17/2039 001.03 CONSTRUCTION STAKING LS $10,504.39 201 5/9/2013 001.04 REESTABLISH PROPERTY CORNERS EA $496.08 201 5/9/2013

More information

Licensed Class C Virginia Contractor No.

Licensed Class C Virginia Contractor No. month period is seven hundred and fifty thousand dollars (750,000) or more, the Bidder is required under Title 54.11100, Code of Virginia (1950), as amended, to be licensed by the State Board of Contractors

More information

REQUEST FOR QUOTES Invitation to Bid

REQUEST FOR QUOTES Invitation to Bid REQUEST FOR QUOTES Invitation to Bid Purchase of Three (3) Class 8A Tandem Axle Day Cab Tractors ISSUED: May 10, 2018 BIDS DUE: May 17, 2018 5PM EST PROPOSALS MAY BE SUBMITTED BY Mail or Email Mail to:

More information

Ohio Department of Transportation Official Bid Tabulation Jerry Wray, Director

Ohio Department of Transportation Official Bid Tabulation Jerry Wray, Director Ohio Department of Transportation Official Bid Tabulation Jerry Wray, Director Project No. 170607 PID 85146 CUY-SR 21-10.04L Federal Type: BRIDGE REPLACEMENT (1 BRIDGE) Letting Date: 12/14/2017 Completion

More information

Maine Turnpike Authority

Maine Turnpike Authority Company Name Total Bid Amount R J Grondin & Sons - Gorham, ME $1,436,720.00 Shaw Brothers Construction, Inc. - Gorham, ME $1,476,398.83 Pratt & Sons, Inc. - Minot, ME $1,733,615.00 Page 1 of 13 R J Grondin

More information

365, , , A Total of Schedule I and II 530, , A 702, A

365, , , A Total of Schedule I and II 530, , A 702, A BID ABSTRACT COUNTY OF VENTURA - PUBLIC WORKS AGENCY Page 1 of 3 Bids opened on April 2, 2019 ENGINEER'S ESTIMATE LOW BIDDER 2nd Bidder Project Name Piru Stormwater Capture For Groundwater Recharge Project

More information

ATTACHMENT I BID SCHEDULE IFB NO , CHURCH FARMS EAST STORAGE TANK AND BOOSTER PUMP STATION

ATTACHMENT I BID SCHEDULE IFB NO , CHURCH FARMS EAST STORAGE TANK AND BOOSTER PUMP STATION ATTACHMENT I BID SCHEDULE IFB NO. 19-021, CHURCH FARMS EAST STORAGE TANK AND BOOSTER PUMP STATION Item No. Description Qty Unit Unit Cost Amount Pump Station Site Work 1 Site Demolition / Removals / Haul

More information

Maine Turnpike Authority

Maine Turnpike Authority Company Name Total Bid Amount Liddell Brothers, Inc. - Halifax, MA $1,590,213.00 Northeast Traffic Control Services, Inc. - Plymouth, MA $1,932,117.00 Page 1 of 5 Liddell Brothers, Inc. Halifax, MA 202.2061

More information

Maine Turnpike Authority

Maine Turnpike Authority Company Name Total Bid Amount Sargent Corporation - Stillwater, ME $29,888,765.79 Reed & Reed, Inc. - Woolwich, ME $34,900,974.90 Page 1 of 25 Sargent Corporation Stillwater, ME 201.11 CLEARING AC 4.00

More information

CONTRACTOR'S ESTIMATE PACKAGE REPORT DATE: 05/10/13 HIGHWAY: FM 3301 COUNTY: 09/09/2011 ESTIMATE PAID: AWARD DATE: 09/29/2011 ESTIMATE PERIOD:

CONTRACTOR'S ESTIMATE PACKAGE REPORT DATE: 05/10/13 HIGHWAY: FM 3301 COUNTY: 09/09/2011 ESTIMATE PAID: AWARD DATE: 09/29/2011 ESTIMATE PERIOD: CONTRACTOR'S ESTIMATE PACKAGE REPORT DATE: 05/10/13 75 CONTRACT ID: 349701008 PROJECT: STP 2012(033)HES CONTRACT: 09113205 AWARD : $1,297,485.60 PROJECTED : $1,307,485.60 ADJ. PROJECTED : $1,307,485.60

More information

Ohio Department of Transportation Official Bid Tabulation Jerry Wray, Director

Ohio Department of Transportation Official Bid Tabulation Jerry Wray, Director Ohio Department of Transportation Official Bid Tabulation Jerry Wray, Director Project No. 110146 PID 82278 HAM-IR-75-5.58 Federal Type: INTERCHANGE Letting Date: 5/5/2011 Completion Date: 7/31/2014 Contract

More information

Date: 04/20/2018 City Project No.: Addendum No.: 4. The following changes shall be made to the project plans and specifications:

Date: 04/20/2018 City Project No.: Addendum No.: 4. The following changes shall be made to the project plans and specifications: DEVELOPMENT SERVICES PHONE: (209) 668-5520 ENGINEERING DIVISION FAX: (209) 668-5563 156 S. BROADWAY, SUITE 150 TDD: (800) 735-2929 TURLOCK, CA 95380 engineering@turlock.ca.us Date: 04/20/2018 City Project

More information

CT Consultants, Inc.

CT Consultants, Inc. Cost 1 202 AHRESTY DRIVE REMOVAL 1 LS 2 202 EXISTING SILO DEMOLISHED AND REMOVED, AS PER PLAN 1 LS 3 203 EXCAVATION (NOT INCLUDING UNDERCUT) 2,372 CY 4 203 EMBANKMENT 3,306 CY 5 204 PROOF ROLLING 10 HRS

More information

SYSTEM SAFETY, SECURITY AND OPERATIONS COMMITTEE JULY 17, 2014 PURCHASE OF HYBRID SEDANS APPROVE CONTRACT AWARD ACTION: RECOMMENDATION

SYSTEM SAFETY, SECURITY AND OPERATIONS COMMITTEE JULY 17, 2014 PURCHASE OF HYBRID SEDANS APPROVE CONTRACT AWARD ACTION: RECOMMENDATION One Gateway Plaza Los Angeles, CA 90012-2952 213.922.2000 Tel metro. net SYSTEM SAFETY, SECURITY AND OPERATIONS COMMITTEE JULY 17, 2014 SUBJECT: ACTION: PURCHASE OF HYBRID SEDANS APPROVE CONTRACT AWARD

More information

Ohio Department of Transportation Official Bid Tabulation Jerry Wray, Director

Ohio Department of Transportation Official Bid Tabulation Jerry Wray, Director Ohio Department of Transportation Official Bid Tabulation Jerry Wray, Director Project No. 170559 PID 102381 SCI-US 52-19.01 Federal Type: TWO LANE RESURFACING Letting Date: 11/2/2017 Completion Date:

More information

ADDENDUM NO. 3 WATERSHED IMPROVEMENTS ON AN ANNUAL CONTRACT GWINNETT COUNTY DEPARTMENT OF WATER RESOURCES RP031-18

ADDENDUM NO. 3 WATERSHED IMPROVEMENTS ON AN ANNUAL CONTRACT GWINNETT COUNTY DEPARTMENT OF WATER RESOURCES RP031-18 DECEMBER 6, 2018 ADDENDUM 3 WATERSHED IMPROVEMENTS ON AN ANNUAL CONTRACT GWINNETT COUNTY DEPARTMENT OF WATER RESOURCES RP031-18 ADDITIONAL INFORMATION DOCUMENTS The following document: Questions and Responses

More information

35 One Gateway Plaza Los Angeles, CA

35 One Gateway Plaza Los Angeles, CA 35 One Gateway Plaza Los Angeles, CA 90012-2952 2 13-9 2 2.2000 Tel metro. net SYSTEM SAFETY AND OPERATIONS COMMITTEE FEBRUARY 21, 2013 SUBJECT: ACTION: TURBOCHARGERS APPROVE CONTRACT AWARDS RECOMMENDATION

More information

COST ESTIMATES: Curb-Running

COST ESTIMATES: Curb-Running COST ESTIMATES: Curb-Running PROJECT FEASIBILITY COST ESTIMATE SUMMARY Geary Bus Rapid Transit Study Alternative: Side Lane (Curb Running) Date: 4/12/07 Percent Cost Total Project Capital Outlay I- Roadway

More information

San Antonio, Texas 78222

San Antonio, Texas 78222 1.01 3 EA Pump Removal $1,125.00 $3,375.00 1.02 3 EA Pump Installation $1,200.00 $3,600.00 1.03 1 EA Downhole Video Survey $2,000.00 $2,000.00 1.04 1 EA Geophysical Logging $2,500.00 $2,500.00 2.01 50

More information

ARIZONA DEPARTMENT OF TRANSPORTATION INFRASTRUCTURE DELIVERY AND OPERATIONS DIVISION CONTRACTS AND SPECIFICATIONS SECTION TABULATION OF BIDS

ARIZONA DEPARTMENT OF TRANSPORTATION INFRASTRUCTURE DELIVERY AND OPERATIONS DIVISION CONTRACTS AND SPECIFICATIONS SECTION TABULATION OF BIDS ARIZONA DEPARTMENT OF TRANSPORTATION INFRASTRUCTURE DELIVERY AND OPERATIONS DIVISION CONTRACTS AND SPECIFICATIONS SECTION TABULATION OF BIDS CONTRACT # 2017021 TRACS No. Project No. County District Gross

More information

METRO Magnolia Transit Center - Bid Tab

METRO Magnolia Transit Center - Bid Tab Section A - GENERAL ITEMS A-1 01505 Mobilization LS 1 $ 100,000.00 $ 100,000.00 A-2 -- Payment and Performance Bonds LS 1 A-3 01310 Document Control LS 1 A-4 01311 CPM Schedule LS 1 A-5 01590 Engineer's

More information

NAME OF BIDDER MERCER GROUP INTERNATIONAL OF NJ, INC CALHOUN STREET CITY, STATE, ZIP TRENTON, NJ 08638

NAME OF BIDDER MERCER GROUP INTERNATIONAL OF NJ, INC CALHOUN STREET CITY, STATE, ZIP TRENTON, NJ 08638 CONTRACT AWARD AB2018-03 REMOVAL AND DISPOSAL OF SOLID WASTE AND RECYCLABLES FROM VARIOUS LOCATIONS IN MERCER BID OPENING DATE: APRIL 10,2018 CONTRACT TERM: MAY 30, 2018 RES. NO. 2018-280 THROUGH APRIL

More information

Ohio Department of Transportation Official Bid Tabulation Jerry Wray, Director

Ohio Department of Transportation Official Bid Tabulation Jerry Wray, Director Ohio Department of Transportation Official Bid Tabulation Jerry Wray, Director Project No. 130407 PID 88799 AUG-VA-VAR-BRIDGES Federal Type: BRIDGE REPAIR Letting Date: 7/18/2013 Completion Date: 8/31/2014

More information

ADDENDUM NO. 1. Contractor shall fax back the recognition sheet acknowledging the receipt of this addendum, or include in their proposal.

ADDENDUM NO. 1. Contractor shall fax back the recognition sheet acknowledging the receipt of this addendum, or include in their proposal. ADDENDUM NO. 1 DATE: August 7, 2014 PROJECT: FROM: TO: 2014 MFT Section 14-00000-00-GM, SUPP1 United City of Yorkville Kendall County, IL Engineering Enterprises, Inc. 52 Wheeler Road Sugar Grove, Illinois

More information

REQUEST FOR QUOTES Invitation to Bid. Purchase of Two (2) Class 8A Tandem Axle Tractors

REQUEST FOR QUOTES Invitation to Bid. Purchase of Two (2) Class 8A Tandem Axle Tractors REQUEST FOR QUOTES Invitation to Bid Purchase of Two (2) Class 8A Tandem Axle Tractors ISSUED: November 27, 2018 BIDS DUE: November 30, 2018 12:00 PM EDT NOTE: Bid requirement - ability to deliver trucks

More information

Kansas Department of Transportation DISTRICT 2. Project(s): Min: Max:

Kansas Department of Transportation DISTRICT 2. Project(s): Min: Max: Page 1 of 23 518122 SECTION: 01 COMMON ITEMS 1 020100 CONTRACTOR CONSTRUCTION STAKING 2 025602 FIELD OFFICE AND LABORATORY (TYPE C) 3 025323 MOBILIZATION 4 070626 MOBILIZATION (DBE) 5 020001 MAINTENANCE

More information

Open Session Item. Construction Bid Award Pavement Maintenance & Rehabilitation Program FY 16 Chip Seal Applications, Contract No.

Open Session Item. Construction Bid Award Pavement Maintenance & Rehabilitation Program FY 16 Chip Seal Applications, Contract No. Board of County Commissioners of Washington County, Maryland Agenda Report Form Open Session Item SUBJECT: Construction Bid Award Pavement Maintenance & Rehabilitation Program FY 16 Chip Seal Applications,

More information

City of Grand Island Tuesday, June 26, 2018 Council Session

City of Grand Island Tuesday, June 26, 2018 Council Session City of Grand Island Tuesday, June 26, 2018 Council Session Item G-21 #2018-188 - Approving Change Order No. 3 for Sanitary Sewer Collection System Rehabilitation Various Locations; Project No. 2017-S-2A

More information

Truck Traffic Impact Analysis

Truck Traffic Impact Analysis Truck Traffic Impact Analysis FOR Proposed Demolition Project AT 3300 Panorama Drive Morro Bay, CA Prepared for Rhine LP & CVI Group, LLC Prepared by 1998 Santa Barbara Avenue, Suite 200 San Luis Obispo,

More information

CONTRACTOR'S ESTIMATE PACKAGE REPORT DATE: 01/08/18 HIGHWAY: COUNTY: 08/12/2015 ESTIMATE PAID: AWARD DATE: 08/14/2015 ESTIMATE PERIOD:

CONTRACTOR'S ESTIMATE PACKAGE REPORT DATE: 01/08/18 HIGHWAY: COUNTY: 08/12/2015 ESTIMATE PAID: AWARD DATE: 08/14/2015 ESTIMATE PERIOD: 209,750.00 CONTRACTOR'S ESTIMATE PACKAGE REPORT DATE: 01/08/18 650 365.00 CONTRACT ID: 628798001 PROJECT: RMC - 628798001 CONTRACT: 08151502 AWARD : $276,487.00 PROJECTED : $276,487.00 ADJ. PROJECTED :

More information

ADDRESS PO BOX MAIN STREET 175 DRIFT ROAD 100 BILBY ROAD

ADDRESS PO BOX MAIN STREET 175 DRIFT ROAD 100 BILBY ROAD RES#2018-146 CONTRACT TERM: JUNE 22,2018-JUNE 21,2019 BID RESULTS CK09MERCER2017-02 ROAD MATERIALS FOR THE COUNTY OF MERCER AND THE MERCER COUNTY COOPERATIVE CONTRACT PURCHASING SYSTEM FOR A PERIOD OF

More information

PN /21/ SURFACE SMOOTHNESS REQUIREMENTS FOR PAVEMENTS

PN /21/ SURFACE SMOOTHNESS REQUIREMENTS FOR PAVEMENTS PN 420-10/21/2016 - SURFACE SMOOTHNESS REQUIREMENTS FOR PAVEMENTS DESCRIPTION: The surface tolerance specification requirements are modified as follows for all pavements of constant width with at least

More information

SAN FRANCISCO MUNICIPAL TRANSPORTATION AGENCY

SAN FRANCISCO MUNICIPAL TRANSPORTATION AGENCY THIS PRINT COVERS CALENDAR ITEM NO. : 10.3 DIVISION: Sustainable Streets BRIEF DESCRIPTION: SAN FRANCISCO MUNICIPAL TRANSPORTATION AGENCY Authorizing the Department of Public Works (DPW) to award DPW Contract

More information

The Tulalip Tribes of Washington

The Tulalip Tribes of Washington The Tulalip Tribes of Washington I-5/116th Street NE Interchange Improvements Phase 4 Ramps Bid Solicitation No. 17-007 ADDENDUM NO. 3 November 7, 2017 to Request for Bid Proposals The Tulalip Tribes of

More information

Riverside County Transportation Department Summary of Bids

Riverside County Transportation Department Summary of Bids Company Name Dartmouth St. Base Bid Sch. Yale St. Base Bid Sch. Alternate Bid Sch. Alternate Bid Sch. Alternate Bid Sch. Alternate Bid Sch. 4 Total COUNTY'S ESTIMATE,87,.50,444,6.00 9,400.00 9,400.00 800.00,00.00

More information

Maine Turnpike Authority

Maine Turnpike Authority Interchange 44 Barrier Toll Plaza Open Road Tolling Conversion Mile 44.3 201.11 CLEARING 3.50 AC 202.071 REMOVING ASBESTOS CONTAINING MATERIALS, TOLL BOOTH LAB TOPS 1.00 LS 202.081 REMOVING EXISTING BUILDING

More information

Appendix A Technical Specifications Class I, II, III, IV Sewage Pumping Lift Station Wet Well Cleaning and Hauling

Appendix A Technical Specifications Class I, II, III, IV Sewage Pumping Lift Station Wet Well Cleaning and Hauling Appendix A 075-18 Technical Specifications Class I, II, III, IV Sewage Pumping Lift Station Wet Well Cleaning and Hauling INTENT JEA is soliciting proposals for industrial services to remove & dispose

More information

Fertilizer Type B 2 CWT $ $ $60.00 $ $60.00 $ Sod Water 60 MGAL $60.60 $3, $30.00 $1, $30.00 $1,

Fertilizer Type B 2 CWT $ $ $60.00 $ $60.00 $ Sod Water 60 MGAL $60.60 $3, $30.00 $1, $30.00 $1, BID TABS PROJECT 18-1029 22 nd AVENUE RECONSTRUCTION BID DATE: MAY 9, 2018 Stark Pavement Corp. Lalonde Contractors Cornerstone Pavers LLC Brookfield, WI Waukesha, WI Racine, WI Item Number Roadway Quantity

More information

Bid Tabulation City of Coralville RE-BID Coral Ridge Ave, Phase II - Oakdale Blvd to Forevergreen Rd City of Coralville, IA Engineer's OPC

Bid Tabulation City of Coralville RE-BID Coral Ridge Ave, Phase II - Oakdale Blvd to Forevergreen Rd City of Coralville, IA Engineer's OPC , IA - 2017 DIVISION 1 - GENERAL 1.01 TRAFFIC CONTROL LS 1 $50,000.00 $50,000.00 $30,000.00 $30,000.00 $24,500.00 $24,500.00 $24,500.00 $24,500.00 $24,500.00 $24,500.00 DIVISION 2 - EARTHWORK 2.01 CLEARING

More information

Tahoe-Reno Industrial Center Total Bonding Amounts Engineer's Opinion of Probable Construction Costs (30% Submittal) Project No. 783.

Tahoe-Reno Industrial Center Total Bonding Amounts Engineer's Opinion of Probable Construction Costs (30% Submittal) Project No. 783. Total Bonding Amounts Brent Farr Date: 05/05/17 Item Project Estimated Cost 1 Induction Well 1 and Britain Ave Non potable Water Line $1,084,353 2 Storage Reservoir Upgrades $11,560,463 3 Booster Station

More information

Grays Ferry Cost Estimate Breakdown Budgetary Numbers for Machinery Drive Options 10 Nov 14

Grays Ferry Cost Estimate Breakdown Budgetary Numbers for Machinery Drive Options 10 Nov 14 Grays Ferry Cost Estimate Breakdown Budgetary Numbers for Machinery Drive Options 10 Nov 14 Hardesty & Hanover, LLC Alternative 1 Bogie Support System Alternative Based on AW Sketch of New Bridge Component

More information